Loading...
HomeMy WebLinkAbout1997-01-27 City Council (6)TO: FROM: City HONORABLE CITY COUNCIL City of Palo Alto CITY MANAGER DEPARTMENT: PUBLIC WORKS 1 AGENDA DATE: SUBJECT: JANUARY 27, 1997 APPROVAL OF INFRASTRUCTURE SYSTEM - CONSULTANT AGREEMENT CMR:119:97 MANAGEMENT This is a request for approval of an agreement with Adamson Associates to assist staff in .the implementation of part of Module I11- Parks and Open Space elements of the City’s Infrastructure Management System (IMS) project. RECOMMENDATIONS Staff recommends that Council: 1.Approve and authorize the Mayor to execute the attached consultant agreement with Adamson Associates in the amount of $52,500 for professional services. Authorize the City Manager or her designee to negotiate and execute one or more change orders to the consultant agreement with Adamson Associates; the total amount of which change orders shall not exceed $5,000. POLICY IMPLICATIONS Approval of the agreement is consistent with the priority the Council has placed on infrastructure needs. EXECUTIVE SUMMARY Council has identified as a priority the need to create an Infrastructure Management System (IMS), in order to address the long-term infrastructure management needs of the City. In 1995, staff issued the request for proposal (RFP) to 21 consulting firms for this proj~t. A total of six firms submitted proposals. Adamson Associates was selected due to their breadth of expertise, which is necessary to perform the services requested in the scope of work. The RFP included the possible award of additional work conditioned upon satisfactory completion of the Building Management System (BMS) Module I of the IMS. The BMS Module I was satisfactorily completed and submitted for review to the Finance Committee in November 1996. On January 13, 1997, Council approved the Finance Committee recommendations regarding the BMS and directed staff to: 1) proceed with the CMR:119:97 Page 1 of 3 ," initial exploration of the use of Certificates of Participation for the purpose of fast-tracking the building program; and 2) explore the use of a Sinking Fund in the 1997-98 Budget. Staff’s response to these Council directives will be the subject of a separate report. The Traffic and Transportation Module II is scheduled for completion during the Spring of 1997 and will be the subject of a separate report. The purpose of the current project is to prepare a report similar to the BMS, but specifically addressing the Parks and Open Space elements of Module Ill. The consultant will work with staff to prepare an inventory of all Parks and Open Space components with a capital value greater than $25,000. Typical park components include irrigation systems, and turfed areas including athletic fields, lighting, playground equipment, swimming pools, paths, park furniture and hardscape areas such as tennis and basketball courts. Module Ill of the IMS will also include a Technology element which will be the subject of a separate report. These elements of Module [lI are scheduled for completion in the Fall of 1997. Other City facilities, such as vehicle and pedestrian bridges and parking lots, are not included in this Parks and Open Space study. These facilities will be investigated as part of Module IV during FY 1997-98. Within the current project, the existing condition and remaining useful life of all components will be determined and a replacement schedule for each component will be prepared. The results of the inventory will be entered into a computerized data base that will be the basis for an analytical study. Life cycle analysis will be used to determine the annual expenditure necessary to accommodate future infrastructure replacement. A report will be prepared to identify a prioritized list of backlog infrastructure replacement and maintenance items with costs, as well as annual life cycle expenditure requirements. Suitable maps and charts will be included in the report to better describe the geographic elements of the project. FISCAL IMPACT Funds for the IMS project have been budgeted in the Public Works Department Structures and Grounds Functional Area operating budget. ENVIRONMENTAL ASSESSMENT The IMS is not a project for purposes of the California Environmental Quality Act. CONFLICT OF INTEREST Staff, with the concurrence of the City .Attorney, has determined that the consultant is exempt from complying with the financial interest disclosure provisions of theCity’s conflict of interest code, because the consultant’s range of duties and services to be provided under the agreement are limited in scope or primarily ministerial in nature. CMR:119:97 Page 2 of 3 ." ATTACHMENTS Agreement PREPARED BY: John Carlson, Acting Assistant Director of Public Works DEPARTMENT HEAD REVIEW: /~, ~ GLENN S. ROBERTS Director of Public Works CITY MANAGER APPROVAL: FLEMING Manager CMR:119:97 Page 3 of 3 " CONTRACT NO. BETWEEN THE CITY OF PALO ALTO AND PETER ADAMSONASSOCIATES, INC. DBA ADAMSON ASSOCIATES FOR CONSULTING SERVICES This Contract No.is entered into , by and between the CITY OF PALO ALTO, a chartered city and a municipal corporation of the State of California ("CITY"), and PETER ADAMSONASSOCIATES, INC. dba ADAMSON ASSOCIATES, a California corporation, located at 170 Columbus Avenue, San Francisco, CA 94133 ("CONSULTANT"). RECITALS : WHEREAS, CITY desires certain professional consulting services ("Services") and the preparation and delivery of, without limitation, one or more sets of documents, drawings, maps, plans, designs, data, calculations, surveys, specifications, schedules, reports or other writings ("Deliverables") (Services and Deliverables are, collectively, the "Project")~ as more fully described in Exhibit "A"; and WHEREAS, CITY desires to engage CONSULTANT, including its employees, if any, in providing the Services by reason of its qualifications and experience in performing the Services, and CONSULTANT has offered to complete the Project on the terms and in the manner set forth herein; NOW, THEREFORE, in consideration of the-covenants, terms, conditions, and provisions of this Contract, the parties agree: SECTION I. TERM I.I This Contract will commence on the date of its execution by CITY, and will terminate upon the completion of the Project, unless this Contract is earlier terminated byCITY. Upon the receipt of CITY’s notice to proceed, CONSULTANT will commence work on the tasks in accordance with the time schedule set forth in Exhibit "A". Time is of the essence of this Contract. In the event that the Project is not completed within the time required through any fault of CONSULTANT, CITY’s city manager will have the option of extending the time schedule for any period of time. This provision will not preclude the recovery of damages for delay caused byCONSULTANT. SECTION 2.SCOPE OF PROJECT; CHANGES & CORRECTIONS ~e~scope of Services and Deliverables constitutingthe Project ~’~ be-~performed, delivered or executed by CONSULTANT under the phases of the Basic Services as described below. 970115 syn 0071109 2.2 CITY may order substantial changes in the scope or character of the Basic Services, the Deliverables, or the Project, either decreasing or increasing the amount of work required of CONSULTANT. In the event that such changes are ordered, subject to the approval of CITY’s City Council, as may be required, CONSULTANT will be entitled to full compensation for all work performed prior to CONSULTANT’s receipt of the notice of change and further will be entitled to an extension of the time schedule. Any increase in compensation for substantial changes will be determined in accordance with the provisions of this Contract. CITY will not be liable for the cost or payment of any change in work, unless the amount of additional compensation attributable to the change in work is agreed to, in writing, by CITY before CONSULTANT commences the performance of any such change in work. 2.3 CITY wishes to develop a fully integrated infrastructure management system (IMS) to preserve and maximize existing infrastructure usage when planning the future appropriation of precious dollars. This Contract is aimed at developing an IMS system with particular reference to City owned parks and open spaces. At the conclusion of the duties contained in this scope of work and at the discretio~ of the project manager regarding the quality of the work performed and continued suitability of CONSULTANT, CONSULTANT may be invited to negotiate a new agreement or an amendment to this contract for future phases of work. The work will involve the inventorying and developing of an infrastructure management system for all other General Fund infrastructure items such as bridges and parking lots, etc. This expanded scope will require budget approval over a possible two- year period consisting of fiscal years 1997-98 and 1998-99. CONSULTANT will be given the opportunity to submit, for approval by the project manager, the names of subconsultants capable of performing the additional duties required for new areas to be studied by the IMS. It is noted that the CONSULTANT identified some possible subconsultants as part of their presentation to the consultant selection committee. SECTION 3. CONSULTANT QUALIFICATIONS, STATUS, AND DUTIES OF 3.1 CONSULTANT represents and warrants that it has the expertise and professional~qualifications to furnish or ~ause to be furnished the Services and Deliverables. CONSULTANT further represents and warrants that the project director and every individual, including any consultant (including CONSULTANTs), charged with the performance of the Services are duly licensed or certified by the State of California, to the extent such licensing or certification is required by law to perform the Services, and that the Project will be executed by them or under their supervision. CONSULTANT willfurnish to CITY for approval, prior to execution~of this Contract, a list of all individuals and the names of their employers or principals to be employed as consultants. 970115 syn 0071 I09 2 3.2 In reliance on the representations and warranties set forth in this Contract, CITY hires CONSULTANT to execute, and CONSULTANT covenants and agrees that it will execute or cause to be executed, the Project. 3.3 CONSULTANT will assign PETER MORRIS as the project director to have supervisory responsibility for the performance, progress, and execution of the Project. ALICE NGUYEN will be assigned as the project coordinator who will represent CONSULTANT during the day-to-day work on the Project. If circumstances or conditions subsequent to the execution of this Contract cause the substitution of the project director or project coordinator for any reason, the appointment of a substitute project director or substitute project coordinator will be subject to the prior written approval of the project manager. 3.4 CONSULTANT represents and warrants that it will: 3.4.1 Procure all permits and licenses, pay all charges and fees, and give all notices which may be necessary and incident to the due and lawful prosecution of the Project; 3.4.2 Keep itself fully informed of all existing and future Federal, State of California, and local laws, ordinances, regulations, orders, and decrees which may affect those engaged or employed under this Contract and any materials used in CONSULTANT’s performance of the Services; 3.4.3 At all times observe and comply with, and cause its employees .and consultants, if any, who are assigned to the performance of this Contract to observe and comply with, the laws, ordinances, regulations, orders and decrees mentioned above; and 3.4.4 Will report immediately to the project manager, in writing, any discrepancy or inconsistency it discovers in the laws, ordinances, regulations, orders, and decrees mentioned above in relation to the Deliverables. 3.5 Any Deliverables given to, or prepared or assembled by, CONSULTANT or its consultants, if any, under this Contract will become the property of CITY and will not be made available to any individual or organization by CONSULTANT or its consultants, if any, without the prior written approval .of the city manager. 3.6 CONSULTANT will provide CITY with ten (i0) sets of reports, including draft and final reports, which are a part of the Deliverables upon their completion and acceptance by CITY. 3.7 If CITY requests additional copies of any documents which are a part of the Deliverables, CONSULTANT will provide such additional copies and CITY will compensate CONSULTANT for its duplicating costs. 3 970115 sya 0071109 3.8 CONSULTANT will be responsible for employing or engaging all persons necessary to execute the Project. All consultants of CONSULTANT will be deemed to be directly controlled and supervised by CONSULTANT, which will be responsible for their performance. If any employee or consultant of CONSULTANT fails or refuses to carry out the provisions of this Contract or appears to be incompetent or to act in a disorderly or improper manner, the employee or consultant will be discharged immediately from further performance under this Contract on demand of the project manager. 3.9 In the execution of the Project, CONSULTANT and its consultants, if any, will at all times be considered independent contractors and not agents or emp!oyees of CITY. 3.10 CONSULTANT will perform or obtain or cause to be performed or obtained any and all of the following Additional Services, not included under the Basic Services, if so authorized, in writing, by CITY: 3.10.1 Providing services as an expert witness in connection with any public hearing or meeting, arbitration proceeding,or proceeding of a court of record; 3.10.2 Incurring travel and subsistence expenses for CONSULTANT and its staff beyond those normally required under the Basic Services; 3.10.3 Performing any other Additional Services that may be agreed upon~by the parties subsequent to the execution of this Contract;. and 3.10.4 Other Additional Services now or hereafter described in an exhibit to this Contract. 3.11 CONSULTANT will be responsible for employing all consultants deemed necessary to assist CONSULTANT in the performance of the Services. The appointment of consultants must be approved, in advance, by CITY, in writing, and must remain acceptable to CITY during the term of this Contract. 3.12 CONSULTANT will attend a minimum of ten (i0) meetings. SECTION 4. DUTIES OF CITY 4.1 CITY will furnish or cause to be furnished the services listed in Exhibit "A" and such information regarding its requirements applicable to the Project as may be reasonably requested by CONSULTANT. 4.2 CITY will review and approve, as necessary, in a timely manner the Deliverables and each phase ,of work performed by CONSULTANT. CITY’s estimated time of review and approval will be furnished to CONSULTANT at the time of submission of each phase of work. CONSULTANT acknowledges and understands that the 970115 D’n 0071109 4 interrelated exchange of information among CITY’s various departments makes it extremely difficult for CITY to firmly establish the time of each review and approval task. CITY’s failure to review and approve within the estimated time schedule will not constitute a default under this Contract. 4.3 The city manager will represent CITY for all purposes under this Contract. JAMES HARRINGTON is designated as the project manager for the city manager. The project manager will supervise the performance, progress, and execution of the Project, and will be assisted by GARY WEINREICH, the project engineer. 4.4 If CITY observes or otherwise becomes aware of any default in the performance of CONSULTANT, CITY will use reasonable efforts to give written notice thereof to CONSULTANT in a timely manner. SECTION 5. COMPENSATION 5.1 CITY will compensate CONSULTANT for the following services and work: 5.1.1 In consideration of the full performance of the Basic Services, including any authorized reimbursable expenses, CITY will pay CONSULTANT a fee not to exceed Fifty-Two Thousand Dollars ($52,000.00). The amount of compensation will be calculated in accordance with the hourly rate schedule set forth in Exhibit "B", on a time- and materials basis, up to the maximum amount set forth in this Section. The fees of the consultants, who have direct contractual relationships with CONSULTANT, will be approved, in advance, by CITY. CITY reserves the right to refuse payment of such fees, if such prior approval is not obtained by CONSULTANT. 5.1.2 In consideration of the full performance of Additional Services, the amount of compensation set forth in Exhibit "B" will not exceed five hundred dollars ($500.00). An employee’s time will be computed at the billing rates listed in Exhibit UB". The rate schedules may be updated by CONSULTANT only once each calendar year, and the rate schedules will not become effective for purposes of this Contract, unless and until CONSULTANT gives CITY thirty (30) days’ prior written notice of the effective date of any revised rate schedule. 5.1.3 The full payment of charges for extra work or changes, or both, in the execution of the Project will be made, provided such request for payment is initiated by CONSULTANT and authorized, in writing, by the project manager. Payment will be made within thirty (30) days of submission by CONSULTANT of a statement, in triplicate, of~itemized costs covering such work or changes, or both. Prior to commencing such extra work or changes, or both, the parties will agree upon an estimated maximum cost for 5970115 t’yn 0071109 such extra work or changes. CONSULTANT will not be paid for extra work or changes, including, without limitation, any design work or change order preparation, which is made necessary on account of CONSULTANT’s errors, omissions, or oversights. 5.1.4 Direct personnel expense of employees assigned to the execution of the Project by CONSULTANT will include only the work of architects, engineers, designers, job captains, draftspersons, specification writers and typists, in consultation, research and design, work in producing drawings, specifications and other documents pertaining to the Project, and in services rendered during construction at the site, to the extent such services are expressly contemplated under this Contract. Included in the cost of direct personnel expense of these employees are salaries and mandatory and customary benefits such as statutory employee benefits, insurance, sick leave, holidays and vacations, pensions and similar benefits. 5.2 The schedule of payments will be made as follows: 5.2.1 Payment of the Basic Services will be made in monthly progress payments in proportion to the quantum of services performed, or in accordance with any other schedule of payment mutually agreed upon by the parties, as set forth in Exhibit or within thirty (30) days of submission, in triplicate, of such requests if a schedule of payment is not specified. Final payment will be made by CITY after CONSULTANT has submitted all Deliverables, including, without limitation, reports which have been approved by the project manager. 5.2.2 Payment of the Additional Services will be made in monthly progress payments for services rendered, within thirty (30) days of submission, in triplicate, of such requests. 5.2.3 No deductions will be made from CONSULTANT’s compensation on account of penalties, liquidated damages, or other sums withheld by CITY from payments to general CONSULTANTs. SECTION 6. ACCQUNTING, AUDITS, OWNERSHIP OF RECORDS 6.1 Records of the direct personnel expenses and expenses incurred in connection with the performance of Basic Services and Additional Services pertaining to the Project will be prepared, maintained, and retained by CONSULTANT in accordance with generally accepted accounting principles and will be made available to CITY for auditing purposes at mutually convenient times during the term of this Contract and for three (3) years following the expiration or earlier termination of this Contract. 6.2 The originals Df the Deliverables prepared by or under the direction of CONSULTANT in the performance of this Contract will become the property of CITY irrespective of whether the Project is completed upon CITY’s payment of the amounts required to be paid to CONSULTANT. These originals will be delivered to CITY without additional compensation. CITY will have 970115 syn 0071109 the right to utilize any final and incomplete drawings, estimates, specifications, and any other documents prepared hereunder by CONSULTANT, but CONSULTANT disclaims any responsibility or liability for any alterations or modifications of such documents. SECTION 7. INDEMNITY 7.1 CONSULTANT agrees to protect, indemnify, defend and hold harmless CITY, its Council members, officers, employees and agents, from any and all demands, claims, or liability of any nature, including death or injury to any person, property damage or any other loss, caused by or arising out of CONSULTANT’s, its officers’, agents’, consultants’ or employees’ negligent acts, errors, or omissions, or willful misconduct, or conduct for which applicable law may impose strict liability on CONSULTANT in the performance of or failure to perform its obligations under this Contract. SECTION 8. WAIVERS 8.1 The waiver by either party of any breach or violation of any covenant, term, condition or provision of this Contract or of the provisions of any ordinance or law will not be deemed to be a waiver of any such covenant, term, condition, provision, ordinance, or law or of any subsequent breach or violation of the same or of any other covenant, term, condition, provision, ordinance or law. The subsequent acceptance by either party of any fee or other money which may become due hereunder-will not be deemed to be a waiver of any preceding breach or violation by the other party of any covenant, term, condition or provision of this Contract or of any applicable law or ordinance. 8.2 No payment, partial payment, acceptance, or partial acceptance by CITY will operate as a waiver on the part of CITY of any of its rights under this Contract. SECTION 9. INSURANCE 9.1 CONSULTANT, at its sole cost and expense, will obtain and maintain, in full force and effect during the term of this Contract, the insurance coverage described in Exhibit "C", insuring not only CONSULTANT and its consultants, if any, but also, with the exception of workers’~ compensation, employer’s liability and professional liability insurance, naming CITY as an additional insured concerning CONSULTANT’s performance under this Contract. 9.2 All insurance coverage required hereunder will be provided through carriers with Best’s Key Rating Guide ratings of A:X or higher which are admitted to transact insurance business in the State of California. Any and all consultants of CONSULTANT retained to perform Services under this Contract will obtain and maintain, in full force and effect during the term of ’this Contract, identical insurance coverage, naming CITY as an additional insured under such policies as required above. 7970115 D’n 0071109 9.2 Certificates of such insurance, preferably on the forms provided by CITY, will be filed with CITY concurrently with the execution of this Contract. The certificates will be subject to the approval of CITY’s risk manager and will contain an endorsement stating that the insurance is primary coverage and will not be canceled or altered by the insurer except after filing with the CITY’s city clerk thirty (30) days’ prior written notice of such cancellation or alteration, and that the City of PaloAlto is named as an additional insured except in policies of workers’ compensation, employer’s liability, and professional liability insurance. Current certificates of such insurance will be kept on file at all times during the term of this Contract with the city clerk. 9.4 The procuring of such required policy or policies of insurance will not be construed to limit CONSULTANT’s liability hereunder nor to fulfill the indemnification provisions of this Contract. Notwithstanding the policy or policies of insurance, CONSULTANT will be obligated for the full and total amount of any damage, injury, or loss caused by or directly arising as a result of the Services performed under this Contract, including such damage, injury, or loss arising after the Contract is terminated or the term has expired. SECTION I0.WORKERS’ COMPENSATION I0.I CONSULTANT, by executing this Contract, certifies that it is aware of the provisions of the Labor Code of the State of California which require every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that Code, and certifies that it will comply with such provisions, as applicable, before commencing the performance of the Project. PROJECT SECTION ii -TERMINATION OR SUSPENSION OF CONTRACT OR II.i The city manager may suspend the execution of the Project, in whole or in part, or terminate this Contract, with or without cause, by giving thirty (30) .days’ prior written notice thereof to CONSULTANT, or immediately after submission to CITY by CONSULTANT of any completed item of Basic Services. Upon receipt of such notice, CONSULTANT will immediately discontinue its performance under this Contract. 11.2 CONSULTANT may terminate this Contract or suspend its execution of the Project by giving thirty (30) days’ prior written notice thereof to CITY, but only in the event of a substantial failure of performance by CITY or in the event CITY indefinitely withholds or withdraws its request for the initiation or continuation of Basic Services or the execution of the Project. 11.3 Upon CONSULTANT will be Additional Services such suspension or termination by CITY, compensated for the Basic Services and performed and Deliverables received and 8 970115 ayn 0071109 approved prior to receipt of written notice from CITY of such suspension or abandonment, together with authorized additional and reimbursable expenses then due. If the Project is resumed after being suspended, for more than 180 days, any change in CONSULTANT’s compensation will be subject to renegotiation and, if necessary, approval of CITY’s City Council. If this Contract is suspended or terminated on account of a default by CONSULTANT, CITY will be obligated to compensate CONSULTANT only for that portion of CONSULTANT’s services which are of direct and immediate benefit to CITY, as such determination may be made by the city manager in the reasonable exercise of her discretion. 11.4 In the event of termination of this Contract or suspension of work on the Project by CITY where CONSULTANT is not in default, CONSULTANT will receive compensation as follows: 11.4.1 For approved items of services, C0NSULTANTwill be compensated for each item of service fully performed in the amounts authorized under this Contract. 11.4.2 For approved items of services on which a notice to proceed is issued by CITY, but which are not fully performed, CONSULTANT will be compensated for each item of service in an amount which bears the same ratio to the total fee otherwise payable for the performance of the service as the quantum of service actually rendered bears to the services necessary for the full performance of that item of service. 11.4.3 The total compensation payable under the preceding paragraphs of this Section will not exceed the payment specified under Section 5 for the respective items of service to be furnished by CONSULTANT. 11.5 Upon such suspension or termination, CONSULTANT will deliver to the city manager immediately any and all copies of the Deliverables, whether or not completed, prepared by CONSULTANT or its consultants, if any, or given to CONSULTANT or its consultants, if any, in connection with this Contract. Such materials will become the property of CITY. 11.6 The failure of CITY to agree with CONSULTANT’s independent findings, conclusions, or recommendations, if the same are called for under this Contract, on the basis of differences in matters of judgment, will not be construed as a failure on the part of CONSULTANT to fulfill its obligations under this Contract. SECTION 12 ASSIGNMENT 12.1 This Contract is for the personal services of CONSULTANT, therefore, CONSULTANT will not assign, transfer, convey, or otherwise dispose of this Contract or any right, title or interest in or to the same or any part thereof without the prior written consent of CITY. A consent to one assignment will not be deemed to be a consent to any subsequent assignment. Any assignment made without the approval of CITY will be void and, at 9970115 syn 0071109 the option of the city manager, this Contract may be terminated. This Contract will not be assignable by operation of law. SECTION 13.NOTICES 13.1 All notices hereunder will be given, in writing, and mailed, postage prepaid, by certified mail, addressed as follows: To CITY:Office of the City Clerk City of Palo Alto Post Office Box 10250 Palo Alto, CA 94303 To CONSULTANT: Attention of the project director at the address of CONSULTANT recited above SECTION 14.CONFLICT OF INTEREST 14.1 In accepting this Contract, CONSULTANT covenants that it presently has no interest, and will ~not acquire any interest, direct or indirect, financial or otherwise, which would conflict in any manner or degree with the performance of the Services. 14.2 CONSULTANT further covenants that, in the performance of this Contract, it will not employ contractors or persons having such an interest mentioned above. CONSULTANT certifies that no one who has or will have any financial interest under this Contract is an officer or employee of CITY; -this provision will be interpreted in accordance with the applicable provisions of the Palo Alto Municipal Code and the Government Code of the State of California. SECTION 15.NONDISCRIMINATION 15.1 As set forth in the Palo Alto Municipal Code, no discrimination will be made in the employment of persons under this Contract because of the age, race, color, national origin, ancestry, religion, disability, sexual preference or gender of such person. If the value of this Contract is, or may~be, five thousand dollars ($5,000) or more, CONSULTANT agrees to meet all requirements of the Palo Alto Municipal Code pertaining to nondiscrimination in employment, including completing the requisite form furnished, by CITY and set forth in Exhibit "D" 15.2 CONSULTANT agrees that each contract for services from independent providers will contain a provision substantially as follows: 970115 syn 0071109 "[Name of Provider] will provide CONSULTANT with a certificate stating that [Name of Provider] is currently in compliance with’all Federal and State of California laws covering nondiscrimination in employment; that [Name of i0 Provider] will pursue an affirmative course of action as required by the Affirmative Action Guidelines of the City of Palo Alto; and that [Name of Provider] will not discriminate in the employment of any person under this contract because of the age, race, color, national origin, ancestry, religion, disability, sexual preference or gender of such person." 15.3 If CONSULTANT is found in violation of the nondiscrimination provisions of the State of California Fair Employment Practices Act or similar provisions of Federal law or executive order in the performance of this Contract, it will be in default of this Contract. Thereupon, CITY will have the power to cancel or suspend this Contract, in whole or in part, or to deduct the sum of twenty-five dollars ($25) for each person for each calendar day during which ~such person was subjected to discrimination, as damages for breach of contract, or both. Only a finding of the State of California Fair Employment Practices Commission or the equivalent federal agency or officer will constitute evidence of a breach of this Contract. 15.4 If CONSULTANT is found in default of the nondiscrimination provisions of this Contract or the applicable Affirmative Action Guidelines pertaining to this Contract, CONSULTANT will be found in material breach of this Contract. Thereupon, CITY will have the power to cancel or suspend this Contract, in whole or in part, or to deduct from the amount payable °to CONSULTANT the sum of two hundred fifty dollars ($250) for each calendar day during which CONSULTANT is not in compliance with this provision as damages for breach of contract, or both. SECTION 16 .........MISCELLANEOUS PROVISIQNS 16.1 CONSULTANT represents and warrants that it has knowledge of the requirements of the federal Americans with Disabilities Act of 1990, and the Government Code and the Health and Safety Code of the State of California, relating to access to public buildings and accommodations for disabled persons, and relating to facilities for disabled persons. CONSULTANT will comply with or ensure by its advice that compliance with. such provisions will be effected pursuant to the terms of this Contract. 16.2 Upon the agreement of the parties, any controversy or claim arising out of or relating to this Contract may be settled by-arbitration in accordance with the Rules of the American Arbitration Association, and judgment upon the award rendered by the Arbitrators may be entered in any court having jurisdiction thereof. 970115 wn 0O71109 11 16.3 This Contract will be governed by the laws of the State of California, excluding its conflicts of law. 16.4 In the event that an action is brought, the parties agree that trial of such action will be vested exclusively in the state courts of California or in the United States District Court for the Northern District of California in the County of Santa Clara, State of California. 16.5 The prevailing party in any action brought to enforce the terms of this Contract or arising out of this Contract may recover its reasonable costs and attorneys’ fees expended in connection with that action. 16.6 This document represents the entire and integrated Contract between the parties and supersedes all prior negotiations, representations, and contracts, either written or oral. This document may be amended only by a written instrument, wh{ch is signed by the parties. 16.7 All provisions of this Contract, whether covenants or conditions, will be deemed to be both covenants and conditions. 16.8 The covenants, terms, conditions and provisions of this Contract will apply to, and will bind, the heirs, successors, executors, administrators, assignees, and consultants, as the case may be, of the parties. 16.9 If a court of competent jurisdiction finds or rules that any provision of this Contract or any amendment thereto is void or unenforceable, the unaffected provisions of this Contract and any amendments thereto will remain in full force and effect. 16.10 All exhibits referred to. in this Contract and any addenda, appendices, attachments, and schedules which, from time to time, may be referred to in any duly executed amendment hereto are by such reference incorporated in this Contract and will be deemed to be a part of this Contract. 16.11 This Contract may be executed in any number of counterparts, each of which will be an original, but all of which together will constitute one and the same instrument..¯ 16.12 This Contract is subject to the fiscal provisions of the Charter of the City of Palo Alto and the Palo Alto Municipal Code. This Contract will terminate without any penalty (a) at the end of any fiscal year in the event that~funds are not appropriated for the following fiscal year, or (b) at any time within a fiscal year in the event that funds are only appropriated for a portion of the fiscal year and funds forthis Contract are no longer 970115 syn 0071109 12 available. This Section 16.12 will take precedence in the event of a conflict with any other covenant, term, condition, or provision of this Contract. IN WITNESS WHEREOF, the parties hereto have by their duly authorized representatives executed this Contract on the date first above written. ATTEST:CITY OF PALO ALTO City Clerk APPROVED AS TO FORM: Mayor Senior Asst. City Attorney APPROVED: Assistant City Manager Director of Public Works PETER ADAMS:O~S~CIATES, INC. By: , Its : Taxpayer’s I.D. No. ~- ~.Sf:z Deputy CityManager, Administrative Services Risk Manager .Attachments: EXHIBIT "A": EXHIBIT "B": EXHIBIT "C": EXHIBIT "D": SCOPE OF PROJECT AND THE TIME AND FEE SCHEDULE RATE SCHEDULE INSURANCE NONDISCRIMINATION COMPLIANCE FORM 970115 syn 0071109 13 STATE OF COUNTY OF California San Francisco ) ) ) On January 16, 1997 , before me, the undersigned, a notary public in and for said County, personally appearedPeter Henry MORRIS ~r~~~W~mZ~xmm~x~r proved to me on the basis of satisfactory evidence) to be the person~) whose name(s) is/~e subscribed to the within instrument, and acknowledged to me that he/~¥ executed the same in hi s / h~z~mh~x authorized capacity(~) , and that by his/~i~x signature (~) on the instrument the person(~), or the entity upon behalf of which the person(~ acted, executed the instrument. WITNESS my hand and official seal. NOTARY PUBLIC 970115 syn 0071109 14 SCOPE OF WORK AND TIME SCHEDULE FOR INFRASTRUCTURE MANAGEMENT SYSTEM PROJECT GENERAL INFORMATION The City does not have a long term infrastructure management system (11VIS). Infrastructure management is currently done through the 5 year CIP program and the annual operating budget. This short term view of budgeting for CIPs is inadequate to anticipate costs associated with infrastructure components whose useful life may be 10, 20, or 50+ years. The purpose of this project is to establish an infrastructure management system (IMS) which provides sufficient information to proaetively plan for and finance the replacement and repair of critical infrastructure components as part of Palo Alto’s infrastructure management strategy. The IMS will be a computer based, quantitative, analytical tool with a database capable of identifying maintenance and replacement schedules for each infrastructure component with a value over $25,000 generally including buildings, bridges and parks. The IMS will include a method for setting priorities and identifying the costs (life cycle analysis) related to the maintenance and replacement of each infrastructure component identified in the study. In 1996, Adamson Associates completed the first module of the IMS called the Building Management System (BMS). The purpose of this contract will be for Adamson Associates to prepare a second module of the IMS to be called the Parks Management System (ParksMS). The ParksMS shall be modeled similar to the .BMS consisting of two volumes. Volume 1 will be an executive summary and Volume 2 will be Parks data sheets. SCOPE OF WORK The City of Palo Alto, Department of Public Works, Engineering Division requires the consultant to perform an inventory of the City Community Service Department infrastructure. The inventory will be done for Parks Division and Open Spaces and Sciences Division hereafter referred to as Parks. Consultant shall assist the City in the development of an Infrastructure Management System as described in this Scope of Work section and further described in the General Information and Computer Standards sections of this scope of work. In this contract the consultant will inventory all Parks infrastructure components with a value over $25,000 and identify maintenance and replacement schedules for each component. Where applicable, Consultant shall survey and package the components into logical groupings, such that their aggregate cost exceeds $ 25,000. The software for the IMS program is anticipated to be a PC Windows based application but will need to have communication abilities with the GIS. The City’s GIS is described in the Computer Standards section within this scope of work. City staff members shall be trained to use the IMS software. It is CITY OF PALO ALTO EXHIBIT A SECTION 00001-1 IMS PROJECT CITY OF PALO ALTO expected that the cost of the software will represent no more than 1 to 3 % of the project budget A list identifying all the City’s Parks, Open Spaces, Community Facilities and their locations is attached to this scope of work. The existing condition and remaining useful life of all components will be determined. It is expected that this would include a physical inspection of each major component (ie playground equipment, asphalt paths, tennis courts, turf and irrigation systems, and others) to verify the actual (verses theoretical) remaining useful life. The inventory results will be entered into the computerized data base that will be the basis for an analytical study. A database analysis will be performed to determine the existing replacement and maintenance backlog based on the condition assessment, industry replacement standards and industry maintenance standards. Life cycle analysis will be used to determine the annual expenditure necessary to accommodate future infrastructure replacement. A report will be prepared identifying a recommended pfioritized list of backlog infrastructure replacement and maintenance items with costs as well as an annual life cycle expenditure requirement. In addition, Consultant shall make a recommendation based on a second method of pdodtization in addition to life cycle. The purpose of the second pdoritization category will be to provide a more exact actual cost analysis without averaged (smoothed) costs as shown and described in the preceding Building M_ anagement System report. The purpose of these analysis is to provide information to the City Administration Services Department, Budget Division to select a suitable funding vehicle. Future Phases: The inventorying of all other general fund infrastructure items such as, bridges and parking lots are not included in the current scope of work. Also, periodic updates of the existing Building Maintenance System report is not included. These future phases may be undertaken by amendment to the existing contract orissuance of a new contract. CITY OF PALO ALTO EXttIBIT A SECTION 00001-2 IMS PROJECT CITY OF PALO ALTO GENERAL TASKS The General Tasks shall be performed by the CONSULTANT as follows: 1.Program Def’mition and Software Requirements: 1.1 Develop the program definition. Study City requirements and Department of Community Services Infrastnaeture Assessment data. Meet with Public Works and Parks Department staff. 1.2 Perform a review of the existing reports provided by the City. 1.3 Provide a letter report to the City documenting the findings and recommendations. 1.4 Obtain City input and approval/acceptance of recommended software. Revise and resubmit the report if required in order to obtain City approval. 2. Inventory and Reporting Tasks: 2.1 Preliminary Review: Meet with City staff to determine project requirements. The consultant will be given copies of existing facilities status repprts. The reports include the following: A Parks and Open Space Inventory. B.Parks and Open Space Status Reports. C.List of City Parks and applicable school sites to be included in the study. D.List of certain facility sites requiring inventory and analysis. The purpose of the meeting will be to discuss the existing reports and overall project requirements. 2.2 Perform an inventory (field survey) of existing parks and certain facility site components and document data. 2.3 Perform a condition assessment and estimate the remaining useful life of each component with a value over $25,000. Where applicable, survey and package the components into logical groupings, such that their aggregate cost exceeds $ 25,000. Eg: Tot- Lot, picnic areas or park benches in large Park sites. 2.4 Develop a priodtized backlog list of capital replacement items and a maintenance schedule for all these components. Perform a life cycle analysis to determine an annual expenditure to accommodate future capital replacement. CITY OF PALO ALTO EXItIBIT A SECTION 00001-3 IMS PROJECT GENERAL TASKS CITY OF PALO ALTO The General Tasks shall be performed by the CONSULTANT as follows: 1.Program Def’mition and Software Requirements: 1.1 Develop the program definition. Study City requirements and Department of Community Services Infrastructure Assessment data. Meet with Public Works and Parks Department staff. 1.2 Perform a review of the existing reports provided by the City. 1.3 Provide a letter report to the City documenting the findings and recommendations. 1.4 Obtain City input and approval/acceptance of recommended software. Revise and resubmit the report if required in order to obtain City approval. 2. Inventory and Reporting Tasks: 2.1 Preliminary Review: Meet with City staff to determine project requirements. The consultant will be given copies of existing facilities status reports. The reports include the following: A Parks and Open Space Inventory. B.Parks and Open Space Status Reports. C.List of City Parks and applicable school sites to be included in the study. D.List of certain facility sites requiting inventory and analysis. The purpose of the meeting will be to discuss the existing reports and overall project requirements. 2.2 Perform an inventory (field survey) of existing parks and certain facility site components and document data. 2.3 Perform a condition assessment and estimate the remaining useful life of each component with a value over $25,000. Where applicable, survey and package the components into logical groupings, such that their aggregate cost exceeds $ 25,000. Eg: Tot- Lot, picnic areas or park benches in large Park sites. 2.4 Develop a prioritized backlog list of capital replacement items and a maintenance schedule for all these components. Perform a life cycle analysis to determine an annual expenditure to accommodate future capital replacement. CITY OF PALO ALTO EXHIBIT A SECTION 00001-3 IMS PROJECT CITY OF PALO ALTO 2.5 " Meet with City staff to discuss findings. 2.6 First Preliminary Report - Provide a preliminary report including findings. This will be the basis of a report to the CIP Screening Committee. The report shall include an executive summary. The ParksMS shall be modeled similar to the BMS consisting of two volumes. Volume 1 will be an executive summary and Volume 2 will be parks data sheets. Where appropriate, the report shall include graphical information, such as charts and maps that will serve to convey tabular data into a reader-friendly format. 2.7 Provide exhibits to aid in communication of the project concepts at public meetings. Note that presentation of the project at these meetings will be done by City staff. The consultant will not be required to attend. 2.8 Final Report: Provide a final report to the City indicating concurrence and/or exceptions to the comments received during City review of the preliminary reports. The report may require an amendment dependant upon Council and Finance Committee input. 2.9 Provide the database (data sheets) and executive summary in digital media format for City records. Assist City with installation .and setup of the database on City computer. 2.10 Attend a maximum of two public meetings to answer questions from the Finance Committee and/or Council. If any subsequent phases of the project are authorized by amendment to the agreement, the general tasks will be. similar to those noted above. DEIAVERABLES The following items are identified as deliverables to the CITY: 3. 4. 5. A written letter report documenting the findings and recommendations resulting from the General Task 1. IMS software and documentation as described in the General Task 1. Preliminary report as described in General Task 2. Exhibits for use by City staff at Committee and Council meetings. Final report as described in General Task 2. CITY OF PALO ALTO EXHIBIT A SECTION 00001-4 IMS PROJECT CITY OF PALO ALTO Database and executive summery (digital media format) as described in General Task 2. Camera Ready Copy of ParksMS Volumes 1 and 2 on 24# bond paper for publishing by City Staff. PROJECT SCHEDULE The Work under this Contact shall begin after execution of the Contract and issuance of a Notice to Proceed from the City to the Consultant. The approximate schedule for performance of the review on the identified project is as follows: Jan.28 - Feb. 25,1997 Obtain all basic data. Perform Tasks 1 study and submit a preliminary report for review by City staff Jan.28 - June 24,1997 Obtain all basic data. Perform Tasks 2 study and submit a preliminary report for review by City staff and CIP Screening Committee. June 24- July 22,1997 July 22- Aug.4,1997 Mid-October, 1997 Revise p.reliminary reports to reflect City staff input and submit second draft report of Task 2. Revise second draft to reflect City staff input and submit final Task 2 report. Amend the final report if necessary as a result of Planning Commission and Finance Committee input. Provide software and completed database and assist in setup. TERM OFCONTRACT The term of this Contract is identified in the schedule. Renewal of the Contract for future work is dependent on budget approval for the given fiscal year and concurrence with the City’s Project Manager as described in Section 2 of the contract. COMPUTER STANDARDS The City wishes to use a Lotus PC-based software application, preferably Windows-based to support the new IMS system. The system will need to be able to utilize information from the existing Geographic Information System (GIS). The GIS is located on a VAX CITY OF PALO ALTO EXHIBIT A SECTION 00001-5 CITY OF PALO ALTO computer, utilizing a VMS operating system. The operating system supports Graphic Data Systems (GDS) Version 5.3.6 application software and an Oracle Version 7 database application software. The IMS system linkage can be achieved either by the ability to download information from the GIS database to the IMS system or through an on-line interface. The IMS system must have an easy-to-use report writer capability. It is important that the City be able to manipulate the IMS database to provide management reports in a variety of formats for the ParksMS. In addition, City staff will need to be able to change assumptions on the software such as the Consumer Price Index, applicable interest rate and anticipated useful life. The system should accommodate both the capital financial requirements and the maintenance history requirements of the IMS. Documentation for the IMS system shall be provided. ATTACHMENTS Attachment A List of Parks and their location. Attachment B Attachment C Attachment D Attachment E List of Tennis Courts and their location List of~ Components for Parks, Open Space ,Schools and Selected Community Facilities. List of School Sites Requiring Maintenance Consultant Fees End CITY OF PALO ALTO EXHIBIT A SECTION 00001-6 oO -PARK LOCATOR MAP ~’]~,"1 hrastradero Preserve Arastradero Road [ 3, ~""2 Cornelis Bol Park Laguna between Barron and Nlatadero Avenues 12,’-/ 3 John Bouhvare Park 390 Fernando Street 4 B0wden Park Between High and Alma at North California Avenue 5 Juana Briones Park Clemo Avenue, between :-"-" Arastradero Road and Maybell Avenue 6 John Fletcher Byxbee Recreation Area"/ (The Baylands) East end of Embarcadero Road 7 Donaldi~a M. Cameron Park 2100 Wellesley Street.., B Esther Clark Park Old Adobe R~ad, off Arastradero-Road ~ Elinor Co~’ogswell Plaza Lytton Avenue, between Ramona and B.~a~t~SJTeet_~_s ~0 El C~ir~k~" 100 El Camin~’R~l ~: 1"/ El Palo Alto Park Palo Alto Avenue and Alma Street 12 Foothills Park 3300 Page Mill Road 13 John Lucas Greer Park t 098 Amarillo Avenue "14 Herbert Hoover Park 2901 Cowper Street 15 Timothy Hopkins Creekside Park Palo Alto Avenue, from " - :- Emerson to Marlowe ~ 16 Edith Eugeni~~ ~ " ¯ . Johnson Park - .. i ....... Between Waverl~y~d " Kipling Streets, Everettand ’.]’ . Hawthorne Avenues i:" ~"" "17 Lawn BoWiin~’(~"~e’en 474 Embarcadero R0~d University Av~hue:and ::2/,’/ ; 20 J. Pearce Mitchell Park 600 East Meadow Drive 21 Monroe Mini-Park Monroe Drive and Miller Avenue 22 Eleanor Pardee Park (Eleanor Park) 851 Center Drive 23 Alexander Peers Park 1899 Park Boulevard 24 Don Jesus Ramos Park 800 East Meadow Drive ~$ Rinconada Park 777 Embarcadero Road /~C~-TA C ~ ~ F_mJT 26 Don Secundino Robles Park 4116 Park Boulevard 27 Scott Street Minipark Scott Street and Channing Avenue 28 Henry W. Scale Park 31 O0 Stockton Place ~9 Terman Park 655 Arastradero Road 30 Sarah Wallis Park Grant Avenue and Ash Street 31 Frederick W. Weissh.aar Park 2300 Dartmouth Street 32 William C. Werry Park 2 ! 00 Dartmouth Street Palo Alto Tennis Courts APPROX. ONE MILE ¥ STANFORDUNIVERSITY .~ Ugh=~l *enni= courts Rinconada Park Hopkins Street & Newell Road 9 courts (6 lighted) Palo Alto High School 25 Churchill Avenue 7 courts (6 lighted) Peers Pa~k 1899 Perk Blvd. 2 courts Hoover-Park 2901 Cowpe~ Street. 2 courts Park T)artmouth St. 2 court= Park 600 E. Meadow Drive 7 courts Stanford Middle School 480 E. Meadow Drivu 6 courts C=bberley Center 4000 Middlefield Road 6 courts Terman Park- 655 Arastradero Road 4 courts High School 780 Arastradero Road 6 courts .(~ P~oA~o Unif~d School DLstdct couns ATTACHMENT "C" PARKS MANAGEMENT SYSTEM (ParksMS) Component breakdown of Parks, Open Space and applicable school sites. Park furniture Irrigation Tennis Courts Swimming Pools Basketball Courts Fences Bleachers Lights Pathways Dog runs Picnic Areas Fountains Signage Playground Areas Storm Drainage Skatebowl Benches Landscape (softscape) Play Fields & Athletic Fields (large) Open Spaces Trails Irrigation Fields Park Furniture Paths Fencing Signage Duck Pond Fountains Benches Lake Sump/dewatedng/aeration Telephone Cables (underground) Footbridges (minor, on trails) Parking Lots (gravel only) Weed Removal (non native) Schools Athletic Fields Tennis Courts Notes! 1. Paved Parking lots, bike/pedestrian bridges (large/engineered type), and access roads will be included in a separate module. 2. The above lists represents an overview of components. Some components maybe added or deleted as determined by the study. 3.Consultant will be provided with detail maintenance reports and existing inventory of various facilities. 4. Where applicable, the survey will be performed and the results packaged into logical groupings, such that their aggregate cost exceeds $ 25,000. ATTACHMENT "D" PARKS MANAGEMENT SYSTEM ~arksMS) School Sites involving City of Palo Alto Maintenance Responsibilities: Athletic Field (Turf Renovations): 1.J.L.S.Middle School 2.Jordan Middle School 3.Walter Haye’s Elementary School Tennis Courts (Maintenance/Resurfacing - 25 Courts): 1.Palo Alto High School (7) 2.Gunn High School (6) 3.J.L.S. ¯Middle School (6) 4.Jordan Middle School (6) Community Facilities requiring inventorying and analysis: These sites and locations are more fully described in the Building Management System Report (BMS) Dated November 1996 Cultural Center/Main Library Lucie Stem Site including Junior Museum Civic Center Plaza Fire stations (5 total) Small Libraries (5 total) Note: The above community facilities (1-5) sites shall be considered as being included in the Base Contract. Parks M~nagement System Study City of Polo Alto, California Fee $ _l_0...Jan 97 ......... GENERAL TASKS ...... BASE CONTRACT 1.1 Develop program definition Study reqmrements, make recommendations to the City, mevt with Public Works and Parks Dept Staff 1.2 Review existing systems/develop program definition Review existing system reports & data, hardware, etc.; meet with City to understand existing systems. 1.3 Document findings and recommendations 1.4 Revise report 2.1 Preliminary Review Meeting 2.2 Inventory Parks and ComponentMCondition Assessment Open Space Park~ Tennis Courts Athletic Fields 2.6 Preliminary Report 2.8 Final Report 2.10 Attend public meetings SUBTOTA~ - BASE CONTRACT ALT~WATE SITES Cultural Center/Main Library Lucie Stem Site inc. Junior Museum Civio Center Plaza Fire Stations (5 total) Small Libraries (~ total) SUBTOTAL- ALTeRNATeS 4,000 500 8OO 8OO 400 5,000 n,0oo 2,000 $,000 3,000 800 38,500 2,000 2,500 2,000 3,000 4,000 13,500 ADAMSON 415.98i~I004 ZIO/ZOOI~~IS NO9IWOV 6Itl I~6 ~It~,60:9I 1.6/0I/I0 ADAMSON Associates ! January 1 - December 31, 1997 Principals lvLartin Gordon Peter Morris :Nicholas Butcher Staff Proje~ Managers Supervising Project Esthnators Senior Esthnators Assistant Estimators Administration and Clerical 1997 Billing Rates $140.00 $130.00 $130.00 $95.00 to $125.00 $80.00to$115.00 $75.00to $95.00 $50.00to$75.00 No Charge The above rates includes: ’ I)Computer and word processing 2)Reproduction of reports up to 6 copies 3)Cost of t’ravel, ,parking and telephone within the Bay Area 4)Messenger services within San Francisco and postages above rates excludes: I) Long distance telephone charges and cost of travel and subsistence outside the Bay.Area 2) Reproduction of drawings and reports in excess of 6 copies (Billing rates are subject to change in 1998.) ADAMSON ¯ %t: .R’an~o, ~ 94133 415.981.1004 Fax 415.98t. I419 MBO INSURANCE BROKERS, INC. LICENSE NO. 0621959 855 OAK GROVE AVENUE, STE. MENLO PARK, CA 94025-5544 INSURED lOO ADAMSON "ASSOCIATES 170 COLUMBUS AVENUE #301 ’~’SAN FRANCISCO, CA 94133 ADAA 01 ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE "HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, COMPANIES AFFORDING COVERAGE COMPANY A COMPANY COMPANY C HARTFORD CASUALTY INS CO CYPRESS INS CO COMPANY D THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDIT!ON OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO i LTR A TYPE OF INSURANCE GENERAL UABIUTY ~MERCtAL GENERAL LIABILITY CLAIMS MADE ~L~ OCCUR ~OWNER’S & CONTRACTOR’S PROT AUTOMOBILE UABILrW ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS GARAGE UABIUTY --’-~ ANY AUTO EXCESS UABILITY ~UMBRE~ FORM OTHER THAN UMBRELLA FORM WORKERS COMPENSATION AND EMPLOYERS’ LIABILITY THE PROPRIETOR/I I INCLPARTNERS/EXECUTIVE OFFICERS ARE:EXCL OTHER POLICY NUMBER S YDT~CGZ169 5 ciTY OF PA S TZI~O~K3 ~11 W6701316 POLICY EFFECTIVE DATE (MM/DD/V~ o7/ol/1996 o7/oi/199a ON.’TO 3 ! ’37 o7/ol/199a POUCY EXPIRATION DATE (MM/DD/YY) 07/01/1997 07/01/1997 07/01/1997 07/01/1997 UMITS GENERAL AGGREGATE PRODUCTS - COMPIOP AGG PEP~ONAL & ADV INJURY EACH OCCURRENCE FIRE DAMAGE (Any one fire) MED EXP (Any one person) COMBINED SINGLE UMIT BODILY INJURY(Per person) BODILY INJURY(Per accident) PROPERTY DAMAGE AUTO ONLY - EA ACCIDENT OTHER THAN AUTO ONLY: EACH ACCIDENT AGGREGATE EACH OCCURRENCE AGGREGATE WC STATU- OTH-TORY UM TS X ER EL EACH ACCIDENT ELDISEASE - POUCY UMIT ELDISEASE - EA EMPLOYEE 1000000 1000000 1000000 1000000 300000 !0000 1000000 $ s 5000000 $5000000 $ s 1000000 s 1000000 s 1000000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL IYEMS RE: INFRASTRUCTURE MANAGFJ~E~f SYSTEM CITY OF PALO-ALTO, ET AL IS ~,MED ADDITIONAL INSURED SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE THE CITY OF PALO ALTO DEPARTMENT OF PUBLIC WORKS P o BOX 10250 PALO ALTO, CA 9d303 EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ~AIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, AUTHORIZED REPRESENTATIVE EXHIBIT C"CL 6 (1 O-93 THIS ENDORSEMENT CHANGES THE POUCY. PLEASE READ IT CAREFULLY. CG20 10 1093 ADDITIONAL INSURED-OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL UABILITY COVERAGE PART This e~dorsement chang,,~s the pQ,,l,icY effective on the inception date of th,e policy unless another date Endorsement effective Policy No. 57UUCGZ169512:01 A.M. standard time Named Insured .ZLD~fSON ASSOCIATES Countersigned by is indicated below. SCHEDULE (Authorized Representative Name of Person or Organization:CITY OF PALO ALTO DEPARTMENT OF PUBLIC WORKS P 0 BOX 10250PALO ALTO, CA 94303 (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of your ongoing operations performed for that insured. ~: INFRASTRUCTURE MANAGEMENT SYSTEM CITY OF PALO ALTO, ET AL IS I~AMED ADDITIONAL INSURED CL 690 (10-93) CL20 10 10 93 Copyright, Insurance Services Office, Inc., 1992 Pag~ 1 of 1 EXHIBIT AFFIRMATIVE ACTION GUIDELINES A.PRE-AWARD PHAS.E Q.F .CONTRACT 1, In ~ddition to the Certificate of Nondis6rimination required to be filed u.nder ¯ Section 2.30.090 of the Polo Alto Municipal Code |hereinafte~ ’:PAMC"), the bidder shall complete a questionnaire furnished by the City ~tting forth the affirmative actions the bidder has taken or will take to: Recruit minorities in its location for all levels of jobs. b, Select methods assuring equal employment opportunity for all persons. c. Establish a training progr.a.m for new hires..where necessary to assure ample oppo.rtunity for the less qualified to more fully qualify, d. Provide adequate opportunity for upgrading and further training to assure equal opportunity in advancement and promotion. e. Provide counselling service for all who may need help to advance, especially new employees. f. Educate supervisors regarding nondiscrimination practices. 2. In addition to furnishing the completed questionnaire called for under #1 above, each bidder for a construction or service project within the City shall submit the following information for himself and subcontractors. This information shall constitute the bidding contractor’s Minority Employment Program (hereinafter "MEP"), a. The estimated total number by Job classificatio.n of personnel who shall be used by the contractor and each subcontractor in performance of the contract. These numbers shall include the estimated breakdown by one month for the life of the contract. No estimate furnished under this sub.paragraph shall be construed or enforced asa hiring quota. b. in preparing th.ese estimates it is expected the bidder will take, or agree to take, these additional steps to assure affirmative action in the field of minority.-employment. ¯(1). Recruiting for needed help.in the local areas inhabited by minority members, including open advertising and use of various Sheet 1 of 3 established public and private agencies. [Lists and advice furnished by the Palo Alto Human Relations Council (hereinafter P~,HRC)], , (2) Training those less qualified to assure adequate promotional opportunities for all. (3) Providing necessary counseling for upgrading, including use of outside training facilities in this area (Lists available from the PAHRC). (4} Assigning an Equal Employment OpDortunity (EEO) coordinator full time or as additional duty and assuring that all supervisors are aware of their responsibilities and that union representatives recognize their responsibilities in the equal employment program. (5) Assuring that all subcontracto.rs are in compliance with the federal and California state laws and regulations relating to nondiscrimination. (6) Where the contract is of sufficient duration, assuring development of apprenticeship programs with union cooperation. (7) Upon request, furnishing t;he City a copy of the latest Federal Form EEO-1, or equivalent form. (8) Pro.viding the name and address of all suppliers whose supplies and/or equipment exceed 5% of the total supply cost for each contract and subcontract for the performance of the co~tract. c. Any bidder not submitting an MEP shall not be defined, as a "responsible bidder" and his bid shall be disregarded in the manner now prescribed bythe City. d. The City Manager will analyze the MEP submitted by each bidding contractor with the objective of determining if the program submitted by the contractor for himself and his subcontractors presents a reasonable effort to further minority employment. e. If the City Manager has questions about a particular bidder’s proposal, he may address such questions to the bidder, The City Manager will be available to answer questions relative o the guidelines and to advise those seeking assistance of resources known to him, He shall not be responsible for the service.or lack of service rendered by the resources recommended, nor shall he be responsible for developing an MEP for any bidder, or to serve as a recruiter for any bidder. Sheet 2 of 3 f. Bidders sh.all be-allowed to revise their MEP ah:er consideration. If bidders withdraw their MEP for revision, their revised program must be resubmitted by a date which shall be established by the City Manager. Bidders failing to have their revised MEP submit-ted by the established date shall not be classified as a responsible bidder. ¯g. The City Manager, pursuant to the guidelines, shall make a decision as ~o the responsibility of each bidder. B.AWARD pH.ASE ,OF CONTRAC.T: Upon award of the contract by the City, the recipient’s MEP which has been approved and accepted by the City shall be anintegral part of the contract and subject "to Section 2.30,093 of the PAMC, No contractor shall be deemed in material breach of contract under PAMC Section 2.30,093 when he has made a reasonable and substantial effort to comply wlth the MEP. C,PQST-AWARD...PHA.~E OF CONTR.AC.T: I 1. The contractor shall post in conspicuous’places, available to employees and applicants for employment, notices to be provided, setting forth the law prohibiting discrimination and advising, anyone who feels he is being discriminated against to advise the FEPC. 2. The contractor shall make written progress reports on the performance of his MEP at intervals established by the City Manager. The contractor, however, is encouraged to submit written reports as often and when he deems it relevant to his MEP, 3, The City Manager shall monitor the performance of the MEP .until completion of the contract and will report to the PAHRC on the progress of the contractor in living up to his MEP. 4. Any questions of possible breaching of MEP shall be discussed with the contractor by the City Manager. References Resolutions No. 4144 and 4148 Palo Alto Municipal Code 2.30. 090 Ordinance No. 2420 , Sheet 3 of 3 ORDINANCE NO. ORDINANCE. OF THE COUNCIL OF THE C:TY OF P~IO ALTO AMENDING THZ P~0 ~T0 M~C~PAL CODE TO AD~ PROVISIONS REGARDING NONDIS~M~NATION ~N THE PER- FORMANCZ OF CITY C0NT~CTS The Council o2 the ~ity of Palo Altm does ORDAIN as follow$~ SECTION i. That Section 2.30.090 Of the Palo Alto Municipal be amended to read as’ follows~ "2.30~090 Lowest ~esDonsible ~idder. L~ addition to price,in de~erminin~ the ""l~west resp~sib~’bidaer,’ "onslderaticn will he given to quality and performance ~f ~he supplies tO be purchased or services provided by the ~11~r. Cri~erla for determining l~w bid 6hall include, but not b~ limited tothe following: (i) The ability, capacity and skill"el ~he bidder, to perfor~ ~he contract or prov~d~ the supplies or services required. or services promptly, or within the ~ime specified, without. d~lay o~ interference. (3) The character, integrity, reputation, jud@ment, {4)- The ~uallty o~ hlddaE’a performance on previouspurchases o= ontracts w~th the city. {5) The ability of the bidder to provide future main- tenance, repair parts and services fo~ the use of %he supplies {6) ~urr~nt compllance by the bidder with federal acts and executive orders and State of California stanu~es govern- ing the sub, act of nondi~crLmlnat~on in employment, provided %hat th~ city manager shell =e~ognize as proo~ of noncompliance only ~he final decisions and orders of those fade;a! and state agencies empowered under the law to make such fihdings. (7) Certification by the bidda~ that he wall pursue~n affirmative course of ~ct£ou as requi~ed by affirmative action guidelines provided hereinafter-reasonably per~ainin~ to th~ ~crk o2 the contract and to the nature and ~izc of his work ~orce, to ensure that applicants are sough~ and e~ployed, and that ~mploye~s ere treated during ~mploym~nn, withou~ regard to their rac~, color, national origin or ancestry, o=religion. (a) ~nder thissection, specific ~uidelines ~ill be adopted by counc~l resolution from time to ~ime, identifying the n~ture and scope of ’affirmative action’ (~) Such guidelines shall bn made available to all person~ desiring to bid on e~ty business." SECTXON ~. T~at Section 2.30.091 he added ~o %he Palo Alto Municipal Cede to ;ea~ as follows: "2.30.0~i Certificate of non~iscrlminatien. Each bidder shall enclose with hi~ ~id ’a"her~ificate sta~i~g whether he is currently in c~pliance with all federal and ~tate of California law~ covering nondiscrimination in~mployment> and that he will pursue an affirmative course ~f action as by af~i~uativ~ action guidelines as ~et forth in 2.30.090 and r~solu~ions adopte~ puEsuant thereto, and ~hat if awarded the Contract he will not ~is¢r~inate ~n the plO~nt of any person un~r ~e ¢~n~=ac~ because Of ra~, color, national origin cr ances~y, ~= rcllgion, of such person~ and that hc will participate, £~ re~e~ed, in pr~- s~ction. Tb~ requirements of ~his soction shall apply ~o =~n~rac~s ~n excess of five ~o~s~nd ~ollars foror for a =ombinntlon of s~rvic~s and suppliesl" COMPLIANCE REPORT Non-Discrimination Provisions of Palo Alto Contracts IMPORTANT This report must be completed by prime contractor and each subcontractor. Complete all items unless otherwise Instructed. Use extra sheets if necessary. SUBMIT ORIGINAL OF THIS REPORT DIRECTLY TO; City of Paio Alto Public Works Engineering/Staff Secretary Civic Center- 6th Floor 250 Hamilton Avenue Palo Alto, CA 94301 Circle One: Prime Contractor Part I Complete the Following: Project Telephone _ 415-981-1004 Name of person preparing form, person to contact. ~a_tee ~l~ye~ Ext.# ...... Subcontractor 1, Full name and address of .firm. or other reporting unit covered by this report. Adamson Associates 170 Coltmbus Avenue, Suite 301 Sam Francisco, CA 94133 2. Name and address of principal official or manager, --> 3. Name and address of principal office of company. Peter Norris Same address 4. Name and address of parent company if an affiliated --> corporation. I 5. Name and address of prime contractor (complete only if this is a subcontractor’s report. 6, Signature and title of authorized representative. ---> BY: DATE: ~lm~on Cons~rttct::~on Servic:es, Inc. 170 Columbus Avenue, Suite 301 San l~anc.~co, C~ 94133 Part III 1~ No 2.G No 3. Yes 0 Attach a sl~a’~ement of your company’s policy on equal employment opportunity to all persons without regard to race, creed, color, national origin, or ancestry, and describe what steps have been taken to put this policy into effect. Circle the Proper Answer. Have you informed company officials and representatives regarding the. non-discrimination provisions of City of Pale Alto Contracts? Have you examined your company’s practices regarding assignments, layoffs or transfers of your employees from one job to another for evidence of a practice or employment pattern that might appear to be: discriminatory and based upon sex, race, Color, ancestry, religion or national origin or disability? Are they no.n-discriminato~? Do you have educational or training programs sponsored or financed for the benefit of employees or. prospective, employees, a,~ How many people participate in these programs? b.~ How many are minorities? Does. your help wanted advertising state chat you are an equal opportuniW employer? Are any apprentices obtained from so, urces outside the employe.r’s work force? If yes; have you circulated Information about apprenticeship openings or opportunit.ies to the following. Yes No State Employment Offices Yes No Newspapers or other media Yes No Yes No High Schools, including those in minority group areas. Local trade or vocational schools,, including those with minority group students. Yes No Agencies and/or organization specializing in minoriW employment. -2- Yes No Federal or State apprenticeship representatives. Who? No Others If you are a prime contractor have &il subcontractors covered by these compliance inspection reports been instructed as to their contractual obligationd relating to non-discrimination provisions of City of Palo Alto Contracts? Explain 7. Yes No Have all recruitment sources been advised that all qualified applicants will receive consideration for employment without regard to sex, race, color, ancestry, religion, national origin, or disability? Identify (names and addresses) the employment agencies, personnel recruitment organizations, newspaper advertising or other non-union sources from which the company recruits its personnel. Part IV 1. Yes 1~ Have you a collective bargaining agreement with a labor union or other organization? If yes, specify the Union(s) or organization(s) -3- -2. Yes No Have you advised the labor union, and/or worker organization of the company’s responsibility under the n0n-discrimination provisions of City contracts. Approximately. what percentage of your employees covered by union agreements are referred by or hired through the unions? Explain procedure for hiring balance. 4. Yes 5, Yes No Does the company’s collective bargaining agreement or other contract or understanding with a labor union (or unions) or other worker’s organization include a provision for non-discrimination in employment? No Is there any labor union or worker’s organization policy which prevents you from fulfilling your obligations under the non-discrimination provisions of City contracts? if so, specify ....... 6.. Yes No Specify the trade(s} .or craft(s) involved in this contract, Use this space for comment on any answers you have supplied. Pa~ ZIZ qo 3 ge lmve :Ln~e~nsl training fo~ all s~aff~ p~o~ded dur~n~ vO~k~u~ hou~s. All staff typically a~±ud. We do nou sponsor or flnan~e external ~rai~ings, Z~0/TT01~ DATE: January IO) 1997 Name of Firm Project Name Contract # _~ RACIAL MAKEUP OF REPORTING UNIT Adamson Associates .Submitted by. Alice Nguyen Parks Managemen~ Study (Indicate only for monthly report, No. 3} Three types of breakdown are required. This form is used for all three. (Check) ( ) -1- Permanent makeup of co~npany,( ) -2- Estimated makeup for this project. ( ) -3- Monthly report for.19~. Submit once per month for duration of project. I = Permanent.2 = Estimate for project.3 -- Monthly only. Be sure to include ~ employees in first column, not just minorities. Nos. 1 end 2 below are required to be filled in and submitted with Compliance Report. JOB CATEGORIESI lemDlovees Fern.pie ...I Black, ..... American Indian Surnamed 1 121 3 1 2 1"3 .,1 2 3 1 2 ..I 3 ,1 i 21 3 Management ......~~t ........ Pr_ofessionals 11 2 .Cleric~!.-0ffice 5 5 ....2 ......... Field SuPervisor .............. Skille_d - list , b, d, Unskilled - list a, b. C, d. I1874TOTAL OF ABOVE The data b~low ~hould also by Included in the a[mronriate cateaories....ab0v¢, _On Job Tr~inin9o.w.,,,, c,o,,o;, I 1 I I I ! ,, I ......I ¯ ! ! I I i ! ......i ! ,i ! This report must be completed by contractor and each subcontractor. The term "Spanish Surnamed" includes all persons of Mexican, Puerto .Rican, Cuban, Latin American or Spanish origin. Report only employees enrolled in formal on-the-job training programs. -5- Z6"/OT/TO